SOLICITATION NOTICE
Y -- Industrial Wastewater Treatment Plant - Davis Monthan AFB, AZ
- Notice Date
- 5/31/2023 3:21:12 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- FA8227 AFMC OL H PZIMB HILL AFB UT 84056-5805 USA
- ZIP Code
- 84056-5805
- Solicitation Number
- FA822723R0711
- Response Due
- 6/20/2023 2:00:00 PM
- Archive Date
- 07/05/2023
- Point of Contact
- William Weiss, Phone: 80017775326, Tanner Nielsen, Phone: 8015862756
- E-Mail Address
-
william.weiss.1@us.af.mil, tanner.nielsen@us.af.mil
(william.weiss.1@us.af.mil, tanner.nielsen@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation number FA822723R0711 is issued as a request for proposal (RFP) and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-02 and its supplements. This announcement is filed under NAICS code 236220 with small business size standard of $39.5M and Product Supply Code Y1JZ. This acquisition entails minor construction to include installation of paint booth floor drains, required electrical connection, and plumbing to complete installation from a paint booth to specified equipment. The Government requires the completed items, in accordance with (IAW) specifications identified in Government provided Performance Work Statement (PWS) and drawings, and delivery to the 309 AMARG located at Davis-Monthan Air Force Base, AZ within 6-months after award of the contract. The Contractor shall provide on-site maintenance and support to the wastewater treatment system. These services will be provided in accordance with the specifications in the attached Performance Work Statement. Ongoing service capability will be required in vicinity of the site to address maintenance and support within ~24hrs of request. The Contractor shall design and specify all equipment needed for the Pretreatment plant to meet the specifications as listed in the scope of the PWS. The Contractor shall provide all minor construction needed to enable equipment installation and operation. The contractor shall provide standard industry warranty on all equipment items. **Please see attachment ""Request for Proposal - IWTP"" for an example of the the anicipated CLIN structure. Contractor format, revisions, and suggestions are permitted.** All CLINs will be established on a firm fixed price basis when applicable. Selection of awardee will include comparative analysis in accordance with FAR 13.106-2, Evaluation of Quotations and Offers, giving value to: service within the specified timeframe; price; and, meeting specifications in Performance Work Statement. **In accordance with FAR 15.403-3, Other than Certified Cost or Pricing Data is required for this acquisition. This must include, at a minimum, appropriate data on the proposed prices, adequate for determining price reasonableness. Contractor format is permitted. Populating Table 15-2 (available at https://www.acquisition.gov/far/part-15#FAR_15_408) is required, although certification of this cost and pricing data is not required. Any exceptions to the instructions specified in the Performance Work Statement must be identified in the quote. By submitting a quote, the contractor agrees to all deadlines, timeframes, and parameters unless specified as an exception in the quote. **The due date for all proposals is Friday, 02 June 2023 at 5:00 p.m. Eastern Standard Time.** All questions regarding this acquisition must be submitted by Friday, 26 May 2023 at 5:00 p.m. to allow for the Government to assess the inquiry and provide a response. Quote Submission Information: Submit quote to Contracting Officer William Weiss via email to william.weiss.1@us.af.mil, and to Contract Specialist Tanner Nielsen at tanner.nielsen@us.af.mil. RFP questions can be made via email or phone, 801-777-5326. Please submit technical questions via the email above. Attachment: 1. PWS - Industrial Wastewater Treatment Plant 2. CDRLs � Industrial Wastewater Treatment Plant � � ^ CDRLs to follow to all interested vendors. Contact Contracting Officer with interest to receive secure copies. FOB: Destination Delivery Schedule: 6 Months After Receipt of Offer
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/c7848a2e97004077a73017cfbdf4b9c2/view)
- Place of Performance
- Address: Tucson, AZ 85707, USA
- Zip Code: 85707
- Country: USA
- Zip Code: 85707
- Record
- SN06699487-F 20230602/230531230110 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |